Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2007 FBO #2096
SOURCES SOUGHT

Y -- IDIQ DESIGN BUILD AAFES SHOPPING CENTERS

Notice Date
8/21/2007
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, Non-Appropriated Funds, Army & Air Force Exchange Service, 3911 S. Walton Walker Blvd., Dallas, TX, 75236-1598, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AAFES-REZC-93-035-07-048
 
Description
The Army and Air Force Exchange Service (AAFES) intends to solicit for an Indefinite Delivery/Indefinite Quantity (IDIQ) Construction Contract. This announcement is used to seek and identify potential sources that would be interested in performing on an IDIQ Design-Build and/or Bid/Build to Specification. Multiple Award Construction Contracts for AAFES Shopping Centers located throughout the Continental United States (CONUS) and Alaska, Hawaii, and Puerto Rico. AAFES requests information from sources that would be interested in an IDIQ Design Build and Bid/Build Construction Contract program for the following possible areas: (1) An IDIQ Design-Build and Bid/Build to Specification. Multiple Award Construction Contract for AAFES Shopping Center locations throughout the Continental United States (CONUS) and Alaska, Hawaii, and Puerto Rico; or (2) An IDIQ Design-Build and Bid/Build to Specification. Multiple Award Construction Contract for AAFES Shopping Center within one (1) or more of the specific Regions listed below: Western Region: Washington, Montana, Oregon, Idaho, Wyoming, Nevada, Utah, Colorado, California, Arizona, New Mexico, North/West/and some Southern parts of Texas, Alaska and Hawaii. Central Region: North Dakota, Minnesota, Wisconsin, Michigan, Ohio, West Virginia, Kentucky, Tennessee, Alabama, Mississippi, Louisiana, Arkansas, Missouri, Iowa, South Dakota, Nebraska, Kansas, Oklahoma, and Central/Eastern Texas. Eastern Region: Maine, Vermont, New Hampshire, New York, District of Columbia, Pennsylvania, Maryland Delaware, New Jersey, Rohde Island, Mass., Virginia, North Carolina, South Carolina, Georgia, Florida and Puerto Rico. Potential Offerors intent to propose on (1) or (2) above must be submitted no later than ten (10) days after the announcement of this advance notice to Rita Smotherman at email address smothermanri@aafes.com or Fax No. (214) 312-2060. In your response, 1) include a statement as to whether or not the firm will be proposing to perform both Design-Build and Bib/Build to Specification requirements and 2) Indicate whether the firm intends to submit a proposal for all CONUS and Alaska, Hawaii, and Puerto Rico or intends to submit a proposal for one or more of the Regional locations. Firms responding to this notice are advised that their response to this notice is not a request that will be considered for contract award. All interested parties will be required to respond to the resultant solicitation separately from their response to this notice. The IDIQ Design-Build Construction Contract will provide a vehicle for execution of a broad range of major construction projects performed under a design-build or to build to AAFES Specification for construction task order projects consisting of site work as required, design services, supervision, labor, equipment, material and appliances necessary to perform all operations required to design and construct AAFES Shopping Centers. Contractors will be expected to accomplish a wide variety of individual construction projects, including design/build (ranging from concept up to 100% level of effort), or build to specific specifications. Description of the work will be identified in each individual Task Order. Individual Task Orders may range between estimated $10,000,000. up to 40,000,000. The total program value is estimated at $1,500,000,000. over 10 years. Each contract awarded will contain a basic five (5) year period of performance and one (1) five (5) year option to extend the period of performance for a total of 10 years. AAFES will evaluate offers using a Two (2) Phase Best Value Source Selection Process to determine technically qualified firms. PHASE 1. A Request for Qualification (RFQ) packages will be solicited. Based on the respondents? qualification responses based on a) Past Performance -the past performance evaluation criteria will consider each offeror?s demonstrated record of performance, focusing on and targeting demonstrated and relevant performance. b) Experience ? The experience criterial will consider relevant work - work that is the same or substantially similar to challenges that will be encountered at AAFES under the contract.; and c) Mission Capabilities - The mission capability criteria is to provide an assessment of the offeror?s capability in project management and the company?s organizational structure. AAFES will evaluate responses to these criteria and develop a short list of qualified firms. PHASE 2. The short list of the highest rated qualified firms will be invited to submit a proposal for the initial Construction Task Order (?seed?) to Design/Build a Shopping Center on an Army or Air Force Base at a location to be determined. Phase 2 proposals will be evaluated on Technical Approach and Price. AAFES anticipates an award of at least three (3) or more IDIQ Design Build Construction Contracts. There will be NO guaranteed minimum for awardees. AAFES will compete the Individual Task Order requirements among the awardees. Proposals will be evaluated through competitive procurement methods and a stand-alone Firm-Fixed Price Task Order will be awarded. The North American Industry Classification System (NAICS) codes are 236220, Commercial and Institutional Building Construction; Sector 541- Professional and Technical Services; Subsection 237 Heavy and Civil Engineering Construction, Subsection 238 Specialty Trade Contractors. All interested parties will be required to respond to the resultant solicitation separately from their response to this notice. The solicitation for this acquisition is expected to be electronically posted on or about 17 September 2007. THIS PRE-SOLICITATION NOTICE REPLACES PRE-SOLICITATION NOTICE NO. AAFES-REZC-93-035-06-033.
 
Place of Performance
Address: Various locations as stated in the description above.
Zip Code: 00000-0000
Country: UNITED STATES
 
Record
SN01379834-W 20070823/070822070729 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.